Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOURCES SOUGHT

Z -- 105 Airlift Wing, Stewart Air National Guard Base, 1 Militia Way, Newburgh, New York 12550, Repair Fire Suppression Systems in Buildings 300 and 301.

Notice Date
7/27/2004
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ-04-B-0007
 
Response Due
9/15/2004
 
Archive Date
11/14/2004
 
Point of Contact
Kenneth Trzaskos, 518 786 4460
 
E-Mail Address
Email your questions to USPFO for New York
(kenneth.trzaskos@ny.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Property and Fiscal Office for New York (USP&FO-NY) is seeking information from interested contractors to determine whether any set aside program would be feasible. The estimated magnitude of this construction project is between $1 ,000,000.00 and $5,000,000.00. The applicable North American Insustry Classification System (NAICS) for this acquisition is 238990 and the small business size standard is $12,000,000.00. The acquisition is for additions/alterations to Hangar Fire Protect ion and Detection Systems and will include among other items, the conversaion of the existing AFFF Fire Protection System to a combination overhead wet pipe sprinkler system and a low level high expansion foan system and the installation of a new alarm and detection system. WORK SUMMARY: 1. Completely remove existing AFFF concentrate tank (s) from mechanical room (s). Due to limited clearances with existing equipment, the tank (s) will have to be cut into pieces to be removed. Contractor is responsible for obtaining any hot work permits required and for all coordination required with the ANG. Removal is to include all associated piping, valves, hangers, etc. Government drawings will provide specific limits of removals. 2. Completely remove the exist ing under wing AFFF system piping, foam monitors, associated piping, valves, hangers, etc. back to the riser in the mechanical room. Remove existing proportioner and solenoid release valve. Existing pre-action valve is to be removed. 3. Remove existing linear detection system and alarm panel. 4. Removed all existing sprinkler heads in the aircraft maintenance and storage area. 5. Provide new High Expansion Foan System (Hi-EX) for the aircraft maintenance and storage area. New HI-EX system shall be supplied from existing fire protection supply header in mechanical room. System shall include new piping, hangers, valves, concentrate tnks, foam proportioners, foan generators, generator stands and hangers for a complete and code compliant system. 6. P rovide new detection and foan license release system. System shall include a new Fire Alarm Control Panel (FACP), Fire Suppression Central Panel (FSCP), new rate compensated type heat detectors, wiring, manual foam release stations, abort stations, foam r elease panel and appurtenances for a complete and conde compliant system. FACP shall provide capacity for the tie in of existing alarm functions for the entire building. Contractor shall be responsible for integrating existing building alarm functions an d all new alarm functions into new FACP. 7. Provide new overhead wet type sprinkler system. System shall utilize existing overhead deluge piping and risers. Provide new riser check valves and apurtenances. Existing piping shall be completely flushed an d hydrostatically tested per code. Provide new quick response sprinkler heads. Contractor shall be responsible for a complete and code compliant system. The bid schedule will require separate bids for Building 300 and 301, and the Government will reserv e the right to award a contract for both buildings, only one building, or reject all bids. At the present time, the acquisition is expected to be issued under full and open competition procedures due to the specialized and technical nature of the work. A ny and all interested contractors are encouraged to respond via e-mail, regular mail, or facsimile to LTC Kenneth D. Trzaskos at kenneth.trzaskos@ny.ngb.army.mil or (518) 785-4985. In your response include: (a) A positive statement of your intention to s ubmit a bid for this solicitation as a prime contractor. (b) State whether you are a small business, large business, HUB Zone Certified, 8A, ETC. (c) Evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, locations, and points of contact and telephone numbers; and (d) a positive statement of your remaining bonding capability. All of the above mu st be submitted in sufficient detail for a decision to be made on any set aside program. Failure to submit all information requested may result in a contractor not being considered as an interested party.
 
Place of Performance
Address: 105 Airlift Wing Stewart Air National Guard Base, 1 Militia Way Newburgh NY
Zip Code: 12550-5042
Country: US
 
Record
SN00631288-W 20040729/040727212241 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.